The RFP Database
New business relationships start here

UND Research Space Lease


North Dakota, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 7 of 7
Fargo Research Space, Grand Forks, ND
The U.S. Department of Veterans Affairs Seeks Expressions of Interest for
600 630 Net Usable Square Feet (810 -850 Rentable SF) of Research Space in Grand forks, ND.

Notice: This advertisement is a notice of a potential opportunity. This advertisement is not a solicitation for offers, nor is it a request for proposals. The purpose of this advertisement is to identify potential sources and suitable locations and is not intended to pre-qualify or disqualify any potential offers. The Government will not pay for any costs incurred as a result of this advertisement. The Government cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of contents of the furnished information found within this advertisement; Government is under no responsibility to respond to and is unable to answer any inquiries regarding this advertisement. Respondents are advised that the Government assumes no responsibility to award a lease based upon responses to this advertisement.

Contracting Office Address: United States Department of Veterans Affairs (VA), Leasing and Specialized, Network 23 Contracting Office (NCO 23), 1303 5th Street, Suite 300, Coralville, IA 52241.

Description: The Department of Veterans Affairs seeks to lease a minimum of 600 square feet to a maximum of 630 usable square feet of office space (810 -850 Rentable SF) along with 2 parking spaces to be leased by the Fargo VA as research space in Grand Forks, ND. This space must be in an existing building. NO LAND SUBMISSIONS PLEASE. In addition, the space must be within an accredited Association for Assessment and Accreditation of Laboratory Animal Care, International (AAALAC) facility.


Space shall be available for use by tenant (VA) for personnel furnishings and equipment to meet the needs for the Fargo VA research staff in Grand Forks, ND.

The property offered for the facility must be located in Grand Forks, Grand Forks County, North Dakota.

The leased property offered shall meet the following criteria:

VA will only consider leased space located in an existing building. NUSF is generally defined as the space remaining once common areas, lessor areas, and non-programmatic areas required by code are deducted from the rentable square feet of the facility. NUSF does not include areas such as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules, public corridors, and public toilets required by local code. A detailed definition will be provided by VA, should a solicitation for offers or request for proposals be issued for this project.

Lease Term: Up to 20 years, with 10 years firm and 10 years non-firm.

Delineated Area: To receive consideration, submitted buildings must be located within the following area described below, which is bound by the following roads, or must front on any of the following boundary lines:

North: Highway 2
East: Columbia Drive
South: Demers Ave.
West: Interstate 29
Additional Requirements:

(1) Offered space must be located on no more than one (1) contiguous floor.
(2) Bifurcated sites, inclusive of parking, are not permissible.
(3) The following space configurations will not be considered:B Space with atriums or other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage.

(4) Offered space cannot be in the FEMA 100-year flood plain.

(5) Offered space must be zoned for VA s intended use
(6) Space will not be considered where apartment space or other living quarters are located within the same building.

(7) Offered space must be easily accessible to multiple highways which provide multiple routes of travel.

(8) Structured parking under the space is not permissible.

(9) Offered space must meet Federal and Local Government requirements for fire safety, physical security, accessibility, seismic, and sustainability standards per the terms of the solicitation for offers or request for proposals.

(10) A fully serviced lease is required.

(11) Offered space must be compatible for VA s intended use.

All submissions should include the following information:
Name of current owner;
Address or described location of building;
Location on map, demonstrating the building lies within the Delineated Area;
Description of ingress/egress to the building from a public right-of-way;
A statement as to whether the building lies within the Delineated Area;
Description of the uses of adjacent properties;
A narrative and map describing proximity of the building to the nearest bus and/or train stop, and major transportation routes, and
A description of any planned land development or construction that will affect the site, including neighboring projects and road/utility line construction.
Site plan depicting the property boundaries, building, and parking; and
(11) Floor plan and NUSF and rentable square footage of proposed space;
(12) If you are qualified as a small business, Veteran Owned Small Business (VOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) under NAICS Code 531120 Lessors of Nonresidential Buildings with a small business size standard of $38.5 million, please read the attachment, entitled, Small Business, VOSB, or SDVOSB Status . You are invited, but not required to submit a Capabilities Statement.;
(13) A document indicating the type of zoning and that VA s intended use is permissible for the proposed space;
(14) A description of any changes to the property necessary to be compatible with VA s intended use;
(15) A statement indicating the current availability of utilities serving the proposed space or property.


All interested parties must respond to this announcement no later than Friday August 30th, 2019 by 2:00 P.M. CDT.


Todd Yahnke
Contracting Officer Network 23 Contracting Office (NCO 23)
Department of Veterans Affairs
1303 5th Street, STE 300
Coralville, IA 52241
Phone: 319-688-3628 Email: todd.yahnke@va.gov

Market Survey if required (Estimated): September 2019
Occupancy (Estimated): Winter 2019/2020


Attachment - Small Business, VOSB or SDVOSB Status

The NAICS Code for this procurement is 531120 Lessors of Nonresidential Buildings, and the small business size standard is $38.5 million. Responses to this notice will assist VA s Office of Real Property (ORP) in determining if the acquisition should be set-aside for competition and restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127.

The magnitude of the anticipated construction/buildout for this project is:
_X_ (a) Less than $25,000;
__ (b) Between $25,000 and $100,000;
__ (c) Between $100,000 and $250,000;
__ (d) Between $250,000 and $500,000;
__ (e) Between $500,000 and $1,000,000;
__ (f) Between $1,000,000 and $2,000,000;
__ (g) Between $2,000,000 and $5,000,000;
__ (h) Between $5,000,000 and $10,000,000;
__ (i) Between $10,000,000 and $20,000,000;
__ (j) Between $20,000,000 and $50,000,000;
__ (k) Between $50,000,000 and $100,000,000;
__ (l) More than $100,000,000.


VA makes monthly lease rental payments in arrears upon facility acceptance and will make a single lump-sum payment for specified tenant improvements. VA makes no progress payments during the design or construction/build-out phases of the project.

This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70.

Project Requirements: ORP seeks information from Potential Offerors who are capable of successfully performing a lease contract, including design and construction of the facility described above, on a VA pre-approved site for a term of up to 20 years, inclusive of all options, as well as all maintenance and operation requirements for the duration of the lease term. More information on VA s requirements can be found on its Technical Information Library: http://www.cfm.va.gov/til/.

SDVOSB, VOSB, and Small Business firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA s Vendor Information Pages (VIP) site at https://www.vip.vetbiz.gov/. All business concerns must have the technical skills and financial capabilities necessary to perform the stated requirements. All business concerns are requested to submit a Capabilities Statement if they are interested in participating in this project. A submission checklist and information sheet is provided below for firms to fill out and submit, which will serve as the firm s Capabilities Statement.


Capabilities Statement Will Include:

1. Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address;
2. Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/);

3. Evidence of ability to offer as a small business under NAICS Code 531120, and listing in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system;

4. A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate your company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to the project described above. (3-page limit);

5. Evidence of your company s bonding capacity to meet a bid bond of $100,000, and evidence from a surety of capability to obtain payment and performance bonds in values based on the project magnitude listed above; and
6. Evidence of capability to obtain financing for a project of this size.
If desired, the company may also submit a narrative describing its capability.
Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes.


CAPABILITIES STATEMENT
SUBMISSION CHECKLIST AND INFORMATION SHEET

Sioux City, IA, Sioux City Vet Center

Company name:

Company address:

Dunn & Bradstreet number:

Point of contact:

Phone number:

Email address:

The following items are attached to this Capabilities Statement:

Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/);
Evidence of ability to offer as a small business under NAICS Code 531120 and listing in the System for Award Management (www.SAM.gov), with representations and certifications;
A summary describing at least three (3) projects of similar size and scope completed in the past five (5) years that demonstrate the company s experience designing, constructing, and managing Federal leased facilities or health care facilities relevant to (input project specific nusf). (3-page limit);
Evidence of the company s bonding capacity to meet a bid bond of $100,000, and payment and performance bonds in the range above from surety; and
Evidence of capability to obtain financing for a project of this size.

If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages.


By: ____________________________________
(Signature)


________________________________________________________________
(Print Name, Title)

Todd Yahnke
319-688-3628
todd.yahnke@va.gov

Benjamin.McNeill@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP